Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2025 SAM #8574
SOLICITATION NOTICE

J -- 10X Chromium, Chromium iX, and CytAssist Assurance Plans

Notice Date
5/16/2025 5:55:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-25-2261653
 
Response Due
5/23/2025 7:00:00 AM
 
Archive Date
06/07/2025
 
Point of Contact
RITA DAVIS, Phone: 3017617461, Tonia Alexander, Phone: 2406695124
 
E-Mail Address
rita.davis@nih.gov, TALEXANDER@NIAID.NIH.GOV
(rita.davis@nih.gov, TALEXANDER@NIAID.NIH.GOV)
 
Description
This notice is a Combined Synopsis/Solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-25-2261653 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-3 January 17, 2025. The North American Industry Classification System (NAICS) code for this procurement is 811210, Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $34.0 million. The requirement is being competed full and open, un-restricted and without a small business set-aside. The National Institutes of Health (NIH), National Institute of Allergy and Infectious Diseases (NIAID), Laboratory of Malaria and Vector Research (LMVR). is dedicated to studies of malaria and insect vectors of infectious diseases. Within LMVR, the Vector-Pathogen-Host Interaction Unit�s focus is on environmental changes that are driving a global increase in arthropod borne infections that, in many cases, cause severe life-threatening illnesses. The LMVR uses 10x Genomics Chromium, Chromium iX, and CytAssist machines to examine cells in their experimentations. The requirement for assurance plan will ensure the instruments are in operable condition at all times and will allow for minimum down time. Service contract is for these machines allow for instrument support and services should machine fail to work. The contract allows for replacement of reagents during failed runs as well as instrument replacement due to an unrecoverable error. This contract keeps the machine up and running to process all samples within each of the projects associated with our lab. Without this contract, it will lead to the halting of all ongoing research, preventing publication on tick borne diseases which will lead to the development of strategies to ensure the safety of humans and biosecurity in association with ticks and tick-borne diseases. NIAID has a current requirement is for: Chromium Connect Assurance Plan, 12-month, SN #NMBSCA4834, Product Code 1000173, Qty � 1 Cytassist Assurance plan 12-month, SN #CAVG10072, Product Code 1000434, Qty - 1 To maintain these instruments, and assure thy are operable the service must be performed by a certified 10X Genomics service engineer who will: Confirm and demonstrate the operations of the 10X Chromium (s/n NMBSCA4834), 10X Chromium iX (s/n CXVG11030), and 10X CytAssist (s/n #CAVG10072), according to the performance specifications upon request and provide application support. Provide full coverage for parts, labor, and travel for the 10X Chromium (s/n NMBSCA4834), 10X Chromium iX (s/n CXVG11030), and 10X CytAssist (s/n #CAVG10072). Perform all necessary software and hardware updates for the 10X Chromium (s/n NMBSCA4834), 10X Chromium iX (s/n CXVG11030), and 10X CytAssist (s/n #CAVG10072). Provide one (1) preventative maintenance during the period of performance. Scheduled and emergency service performed between the hours of 8:00am and 7:00pm, Monday through Friday, excluding Federal Holidays. Telephone response time to schedule a time and date for the service repair: 4 hours. On-site service performed within 72 hours of the Government�s request. (The Contractor will cover all labor and travel for its representatives). Work shall be performed by a factory-trained representative with documentation certified by 10X Genomics, Inc. (Contractor must show proof of legal access to 10X Genomics software licenses). Priority onsite scheduling equal to a manufacturers direct contract, to ensure minimal down time of instrumentation. Priority scheduling and onsite response for all repairs during the period of performance. Priority is defined as giving priority scheduling equal to a direct contract and guaranteeing the equivalent manufacturer�s priority onsite response. If you are a third-party service provider, the priority scheduling and/or response time, must be listed on your quote. Quote Instructions Indicate the order of priority in which repairs will be scheduled. (For example, if the vendor serves multiple clients, which clients, if any, take precedence over others. If there is a tier-based system that prioritizes certain clients or certain types of repairs over others, indicate at what tier or priority of service that is being quoted.). Indicate the nature of software updates/revisions during the service period. Include when they will be implemented (for example, will revisions/updates be provided and released to NIAID, during PM visits only, upon immediate release, or on another schedule). Provide End User License Agreement (EULA) if applicable. Vendor is invited to include past performance references of similar services, including the description of the service, the period of performance, and a client contact name and phone number for that award. Quote must include response to all minimum service requirements, and all instructions for the quote, for the offer to be accepted as responsive. Vendor must include Unique Entity ID number from sam.gov registration. Period of Performance: Line item POP date(s) Chromium Connect Assurance Plan, 12-month, SN #NMBSCA4834, Product Code 1000173 9/25/2025 to 9/24/2026 Cytassist Assurance plan 12-month, SN #CAVG10072, Product Code 1000434 9/8/2025 to 9/7/2026 Place of Performance: NIH, 12735 Twinbrook Parkway, Rockville, MD 20852, United States. FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2024) FAR 52.204-7 System for Award Management (NOV 24) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2025) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than May 23, 2025 @ 10:00 AM EST All quotations and required documents must be submitted via the NIAID electronic SIMPLIFIED ACQUISITION SUBMISSION SYSTEM (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7e945005ceb1472492ad2925af1bbf61/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN07445925-F 20250518/250516230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.